Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

39 -- PREVENTATIVE MAINTENANCE TO HANDLING EQUIPMENT/FORKLIFTS/CUSHMAN VEHICLES - Required information - Statement of Work (SOW) - RFQ HSCG40-11-Q-POE201

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-POE201
 
Archive Date
5/19/2011
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil
(carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation paperwork Statement of work for Maintenance of Material Handling Equipment Required information (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-POE201 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 333924 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, Preventative Maintenance performed every 90 days beginning June 1, 2011 with a period of performance through May 31, 2012. The contractor shall provide all personnel, equipment, tool materials and supervision to perform preventative maintenance on the material handling equipment identified in the Statement of Work (SOW). This price shall be inclusive of the above listed items. The contractor will provide a paper copy or electronic copy (via email) after each inspection pertaining to all equipment/serial numbers listed in the Statement of Work (SOW). The report will include the contractor's recommended repairs and any other information deemed necessary by the contractor. Quantity 4 QTR (every 3 months). Performance start date 06/01/2011 through 05/31/2012. Pricing shall be Quarterly and not by the hour. ITEM 0002, Unscheduled Repairs to Material Handling Equipment. The contractor shall provide all personnel, equipment, tools, materials and supervision to diagnose and complete repairs on material handling equipment identified in the Statement of Work (SOW) during core business hours. The contractor will provide repair on all machines, per the established contract rates. The contractor will be on site at the government location ready to repair within 24 hours of receiving notification from SKC Mike Rose or SK2 Fausto Matta, prior to any/all repairs, SKC Rose or SK2 Fausto Matta must approve all work. Repair/replacement parts for maintenance service (estimated). Quantity 12 months. Performance start date 06/01/2011 through 05/31/2012. Pricing shall be Monthly and not by the hour. Points of contact/authorized callers: SKC Mike Rose (410) 762-6308 SK2 Fausto Matta (410) 762-6689 ***Reference this description and detailed statement of work for all remaining months*** (vi) Place of Performance is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, price and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2011) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2011). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a)(2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (EO 11755) d. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). g. 52.222-50 Combating Trafficking in Persons (Feb. 2009) h. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). i. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78,108-286- and 109-169). j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. m. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). w/ applicable Fed (as or wage grade) rate. n. 52.333-3 Protest after award (Aug 1996) o. 52.333-4 Applicable Law for Breach of Contract Chain (Oct. 2004). p. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUESTIONS ARE DUE BY 4:00 PM EST on April 29, 2011. QUOTES ARE DUE BY 9:00 AM EST on May 4, 2011. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil. Quotes shall include 2 line items (as per line V). (xv) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-POE201/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02427908-W 20110421/110419234648-d1bde9eb0c9402b1c555abab241db35e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.